MODIFICATION
J -- Shore Equipment Installation and Maintenance Management Program (SEIMMP)
- Notice Date
- 12/2/2025 1:36:36 PM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018926R0001
- Response Due
- 1/6/2026 10:00:00 AM
- Archive Date
- 02/06/2026
- Point of Contact
- Ethan Othersen, Jacob Gephart
- E-Mail Address
-
ethan.t.othersen.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil
(ethan.t.othersen.civ@us.navy.mil, jacob.n.gephart.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511, intends to negotiate a Firm-Fixed-Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract using the policies and procedures of Federal Acquisition Regulation (FAR) Part 12 and FAR Part 15. A Pre-Solicitation Synopsis associated with this solicitation was posted on 24 September 2025. This notice is a request for competitive proposals under solicitation no. N0018926R0001, which is for the procurement of contractor support services for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). The SEIMMP program will provide technical direction and labor for engineering, installation, and maintenance of electronic systems and equipment and their associated infrastructure in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and other entities as directed for security, cyber, and other IT-related mission requirements. The places of performance will be various Navy and non-Navy installations located within the continental United States (CONUS) and outside the continental United States (OCONUS) with the primary places of performance being Fort Meade, MD, Chesapeake, VA, and Oahu, HI. The period of performance will be for a five (5) year ordering period and the FAR 52.217-8 option to extend services for up to six (6) months, with a period of performance of 30 March 2026 - 29 September 2031, inclusive of the FAR 52.217-8 extension. All details of this solicitation are provided in the attached RFP. Please refer to the FAR 52.212-1 Addendum and FAR 52.212-2 clauses included in the attached RFP for proposal submission instructions, required content for proposals, and the evaluation procedures for proposal submissions. The North American Industry Classification System (NAICS) code for this acquisition is 541330 - Engineering Services with a Small Business Association (SBA) Size Standard of $25.5M. The Product/Service Code (PSC) for this requirement is J059 - Maint/Repair/Rebuilt of Equipment - Electrical and Electrical Equipment Components. By submitting a proposal, the vendor is self-certifying that they are not currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to consider the proposal for award. By submission of a proposal, the contractor acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the SAM database will make the contractor ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.sam.gov. Please direct all questions and submissions regarding this solicitation to Mr. Ethan Othersen and Mr. Jacob Gephart .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ac584086a4cd4d55b2461fef00cdcdd4/view)
- Place of Performance
- Address: MD 20755, USA
- Zip Code: 20755
- Country: USA
- Zip Code: 20755
- Record
- SN07654703-F 20251204/251202230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |